Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOURCES SOUGHT

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY AE SERVICES

Notice Date
9/19/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 427 Room 12, Frederick, MD, 21702
 
ZIP Code
21702
 
Solicitation Number
A02-686
 
Point of Contact
Marilyn Buchen, Subcontracts Specialist, Phone (301)846-1527, Fax (301)846-6541, - Greg Florey, Manager, Construction Subcontracts, Phone (301)846-5422, Fax (301)846-6541,
 
E-Mail Address
mbuchen@ncifcrf.gov, gflorey@mail.ncifcrf.gov
 
Description
NIH/NCI-Frederick and SAIC-Frederick, Inc., its Operational and Technical Support Contractor for the Frederick, Maryland Facility, require an Indefinite Delivery/Indefinite Quantity Subcontract for Architect/Engineer services for NCI-Frederick. Design and renovation work at the facility is done in accordance with the guidelines of the NIH Design Criteria, and SAIC Facilities Maintenance and Engineering Procedures (FMEP), Guide Specifications (GS) and Standard Specifications (SS). As a prime contractor, SAIC-Frederick issues subcontracts under the guidelines of the Federal Acquisition Regulations (FAR). Full Service firms with architectural, civil, structural, mechanical and electrical capability are encouraged to submit their SF 254 and SF 255 forms for consideration. One subcontract will potentially be awarded to a qualified firm. The Subcontract shall be for one year with two one year options. The subcontract shall be awarded to a qualified A/E firm with Biomedical Research Laboratory, AAALAC designed Animal Facilities, and general institutional and utility/infrastructure facilities design, with a concentration on laboratory layout design, mechanical systems, especially HVAC systems, electrical systems and fire protection engineering, with some background in current Good Manufacturing Process (cGMP), research laboratories and animal care type facilities. The contract shall have a value up to $1,000,000 per year. Firms may be asked to propose innovative and creative approaches to designing, maintaining and improving the facilities in keeping with current scientific technology and trends as may be applicable to the mission of NCI-Frederick. Services will be ordered by the issuance of individual task orders. Offerors to this announcement will be evaluated under the following criteria: (1) Specialized design and construction administration experience in biological laboratories and vivariums, for renovation and new building designs. Offerors must provide evidence of past performance for at least three (3) projects within the past five (5) years; (2) Professional qualifications and technical competence identifying the available detailed staffing capable of performing the level of work required. The A/E must have at least one in-house full time registered Architect (AIA). In addition, the permanent full time staff shall consist of at least one in-house registered Professional Engineer (PE) in each discipline (civil, structural, mechanical, and electrical) exclusive of consultants and/or subcontractors. Other Professional Engineers on staff in other disciplines should be identified, but can be by subcontract or other such arrangement. Level and breadth of experience and employment turnover rate of staff are considered key factors. Mechanical HVAC systems engineering experience is of high importance; (3) Resources to complete up to three tasks each year; (4) An implemented Quality Plan indicating a management commitment to ensure the highest possible product quality and customer satisfaction; (5) Demonstrated ability to effectively respond to requests for service in a timely manner. The type of design projects and services expected to be performed under these subcontract include: (a) General office buildings, cGMP, research laboratory and animal facility, for new and renovation work, with emphasis on laboratory layout design, mechanical HVAC, process and fluid support systems, and electrical power distribution and building automation systems (BAS); (b) Minor building additions and minor new administrative and laboratory facilities; (c) interior space planning/design studies; (d) engineering technical support and feasibility studies and analysis in architectural, civil, structural, mechanical, and electrical disciplines; and (e) guidance and direction in implementation of new and revised codes, regulations and statutes as may be applicable to the mission of the NCI-Frederick f) services may also require preparation of stormwater management plans and permit applications in compliance with Maryland Department of the Environment regulations; g) other required services may be needed to address fire protection, indoor air quality (IAQ), hazardous material abatement, and energy and water conservation. Deliverable text packages shall be prepared in AIA MASTERSPEC format, using Word or WordPerfect software, on 3.5" diskette or CD ROM. Drawings are to be in AutoCAD (Rev. 14, 2000 or 2000i) format on 3.5" diskette or CD ROM. Prospective offerors are to submit their statement of qualifications, forms SF254 and SF255, including a SF254 for each subcontractor and consultant no later than September 15, 2002 to: Ms. Marilyn Buchen SAIC Frederick P.O. Box B Boyles Street Building 1050, Room 101 Frederick, MD 21702-1201 Subcontracts are scheduled to be awarded on or about November 1, 2002. In order to assist the Selection Board in review of all applications, please include the following: . For each project presented, provide the following information a) bid results as compared to your estimate and the owner's programmed amount. b) project team members and firm. c) owner point of contact with title and telephone number. d) number and dollar value of design error and/or design omission related changes. e) original design submission schedule, owner approved time extensions, and final execution schedule (in bar chart format). Summarize your proposed team with the following data: a) firm name b) individual's name c) work history with individual or consultant firm d) office location e) professional degree(s) and date(s) f) professional registrations(s), dates(s), and state(s) g) assigned team responsibility h) percent of each person's time committed to this team per week i) synopsis of design experience including firm name(s), years with each firm, and type of design experience with each firm. Provide a copy of your Quality Plan including an explanation of management and design team components, specific quality control processes, and design procedures.
 
Place of Performance
Address: NCI-Frederick, P.O. Box B, Frederick, MD
Zip Code: 21701-1201
Country: USA
 
Record
SN00171032-W 20020921/020919213311 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.